SOLICITATION NOTICE
W -- RENTAL OF MATERIAL HANDLING EQUIPMENT (MHE) HUMANITARIAN ASSISTANCE PROGRAM - Package #1
- Notice Date
- 8/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Army, Army Contracting Command, CSBs, 414th CSB (W912PF) Vicenza, UNIT 31401 BOX 33, APO AE, 09630, Italy
- ZIP Code
- 00000
- Solicitation Number
- W912PF18Q0045
- Archive Date
- 9/7/2018
- Point of Contact
- Sonia Zanobini, Phone: 0039050548364, Clinton M. Jacobsen, Phone: 0039050548362
- E-Mail Address
-
sonia.zanobini2.ln@mail.mil, clinton.m.jacobsen.civ@mail.mil
(sonia.zanobini2.ln@mail.mil, clinton.m.jacobsen.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment #2 Forklift Offering Sheet Attachment #1 PWS Solicitation Number: W912PF18Q0045 RENTAL OF MATERIAL HANDLING EQUIPMENT (MHE) FOR THE HUMANITARIAN ASSISTANCE PROGRAM Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures for commercial information found at FAR 13 and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W912PF18Q0045 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-87-2 / 04-06-2016. (iv) This part, except for Subpart 19.6, applies only in the United States or its outlying areas. This procurement is not a set-aside. The associated NAICS code is 532490. (v) Description of the requirements for the items being required: The purpose of this combined synopsis/solicitation is to rent material handling equipment (MHE), without operator, for a period of a base year plus two option years. The equipment will be used in Government warehouses, open air and other structures managed by Humanitarian Assistance Program (HAP) located at the Leghorn Army Depot. (vii) Dates and location (place of delivery and acceptance): Required Period of Performance: 17 September 2018 - 16 September 2019 (Base year) 17 September 2019 - 16 September 2020 (Option year one) 17 September 2020 - 16 September 2021 (Option year two) The services will take place at Camp Darby, Tirrenia (Pisa), Italy. FOB destination. The service will be performed in accordance with attached Performance Work Statement titled "Rental of Material Handling Equipment (MHE) Humanitarian Assistance Program - Revised 26 April 2018". Offerors are required to indicate the unit price and the total cost for the following items: Base Year CLIN 0001 - Rental of Forklift Elec 6000 Lbs (2 each) in accordance with Performance Work Statement Quantity: 12 Unit of issue: Month Unit Price: Euro __________ Price per forklift per month: Euro __________ Total Amount: Euro) __________ CLIN 0002 - Rental of Forklift Elec 4000 Lbs (2 each) in accordance with Performance Work Statement Quantity: 12 Unit of issue: Month Unit Price: Euro _________ Price per forklift per month: Euro __________ Total Amount: Euro __________ CLIN 0003 - Rental of Vertical lift, single man (small) (1 each) in accordance with Performance Work Statement Quantity: 12 Unit of issue: Month Unit Price: Euro ________ Price per forklift per month: Euro _____________ Total Amount: Euro _______________ CLIN 7500 - Contract Manpower Reporting (CMR) The contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the subject contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://www.ecmra.mil/Default.aspx "U.S. Department of Defense ‐ Enterprise Contract Manpower Reporting Application". The U.S. Department of Defense is the organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2018. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. Quantity: 1 Unit of issue: Job Unit Price: Euro _________ Total Amount: Euro ____________ Option Year One CLIN 1001 - Rental of Forklift Elec 6000 Lbs (2 each) in accordance with Performance Work Statement Quantity: 12 Unit of issue: Month Unit Price: Euro _____________ Price per forklift per month: Euro __________ Total Amount: Euro ___________ CLIN 1002 - Rental of Forklift Elec 4000 Lbs (2 each) in accordance with Performance Work Statement Quantity: 12 Unit of issue: Month Unit Price: Euro ____________ Price per forklift per month: Euro ___________ Total Amount: Euro _____________ CLIN 1003 - Rental of Vertical lift, single man (small) (1 each) in accordance with Performance Work Statement Quantity: 12 Unit of issue: Month Unit Price: Euro __________ Price per forklift per month: Euro ____________ Total Amount: Euro _______________ CLIN 7501 - Contract Manpower Reporting (CMR) The contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the subject contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://www.ecmra.mil/Default.aspx "U.S. Department of Defense ‐ Enterprise Contract Manpower Reporting Application". The U.S. Department of Defense is the organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2018. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. Quantity: 1 Unit of issue: Job Unit Price: Euro ___________ Total Amount: Euro ___________ Option Year Two CLIN 2001 - Rental Forklift Elec 6000 Lbs (2 each) in accordance with Performance Work Statement Quantity: 12 Unit of issue: Month Unit Price: Euro Total Amount: Euro CLIN 2002 - Rental of Forklift Elec 4000 Lbs (2 each) in accordance with Performance Work Statement Quantity: 12 Unit of issue: Month Unit Price: Euro ___________ Price per forklift per month: Euro _____________ Total Amount: Euro _____________ CLIN 2003 - Rental of Vertical lift, single man (small) (1 each) in accordance with Performance Work Statement Quantity: 12 Unit of issue: Month Unit Price: Euro _______________ Price per forklift per month: Euro ____________ Total Amount: Euro ______________ CLIN 7502 - Contract Manpower Reporting (CMR) The contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the subject contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://www.ecmra.mil/Default.aspx "U.S. Department of Defense ‐ Enterprise Contract Manpower Reporting Application". The U.S. Department of Defense is the organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2018. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. Quantity: 1 Unit of issue: Job Unit Price: Euro _____________ Total Amount: Euro _______________________ (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. An addenda to this clause is provided in Attachment 1. Offerors are reminded that to be awarded a government contract you MUST possess a DUNS (Dun & Bradstreet; http://fedgov.dnb.com/webform) and NCAGE (www.dlis.dla.mil/Forms/Form_AC135.asp) numbers and be registered in SAM (https://www.sam.gov/portal/public/SAM/) in accordance with FAR 52.204-7 Alt I entitled System for Award Management Registration (August 2012). Required documents: 1) A signed and priced copy of this quote, and 2) Copy of "Fork Lift Offering Sheet" duly filled in 3) Copy of Certificate of Chamber of Commerce (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. This acquisition will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Procedures for Certain Commercial Items. Award will be made to the lowest priced offer that meets or exceeds all the minimum mandatory criteria in the solicitation evaluation factors. The following factors shall be used to evaluate offers: Factor I - Technical Factor - Technical Specifications Factor II - Price Factor I - Technical Factor - Technical Specifications The Offeror shall demonstrate - via sufficient written documentation - that the proposed items meet the Government's requirement. The Offeror shall submit, as part of their proposal, Attachment #2 "Fork Lift Offering Sheet", referencing where the technical characteristics of each type of equipment proposed can be found in the technical data, catalogs, etc. The Technical Factor will be rated on an acceptable / non acceptable basis using the following ratings: Rating: Acceptable: Proposal clearly meets the minimum requirements of the equipment as identified in Paragraph 1.1 d of the Performance Work Statement Unacceptable: Proposal does not clearly meet the minimum requirements of the equipment as identified in Paragraph 1.1.d of the Performance Work Statement Factor II - Price The Offeror shall submit firm fixed pricing for each Contract Line Item Number (CLIN). The Offeror shall ensure that prices are entered for all CLINs for which space has been provided. Offerors are put on notice that partial offers WILL NOT BE EVALUATED. The Government intends to award All, Some, or None of this requirement. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of option will not obligate the Government to exercise option(s). For the determination of responsibility the offeror shall provide a copy of the Chamber of Commerce Certificate of Membership (Certificato di Iscrizione alla Camera di Commercio) NOT older than six (6) months at the time set forth for the receipt of proposal. Self-certifications are NOT allowed. (x) In accordance with Subpart 4.12-Representations and Certifications; 4.1201 Policy. (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration (see FAR 4.1102). (b)(1) Prospective contractors shall update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM. (xi) The provision at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The provision at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii) The specific FAR clauses listed are applicable to this acquisition are identified under the following paragraph: 252.232-7006 Wide Area WorkFlow Payment Instructions, this contract will utilize Wide Area Workflow (WAWF) which is a secure Web-based system for electronic invoicing, receipt and acceptance. The WAWF application enables electronic form submission of Invoices and Government Inspection and Acceptance documents in order to support DoD's goal of moving to a paperless acquisition process, 52.204-13 "System for Award Management Maintenance", 52.217-5 - Evaluation of Options, 52.217-8 -- Option to Extend Services, 52.217-9 -- Option to Extend the Term of the Contract, 52.233-1 - Disputes, 52.236-1 -- Performance of Work by the Contractor, 52.252-2 -- Clauses Incorporated by Reference, 52.204-9 -- Personal Identity Verification of Contractor Personnel, 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-18 Commercial and Government Entity Code Maintenance, 52.204-19 - Incorporation by Reference of Representations and Certifications, 52.223-5 -- Pollution Prevention and Right-to-Know Information, 52.225-14 -- Inconsistency Between English Version and Translation of Contract, 52.228-4 -- Workers Compensation and War-Hazard Insurance Overseas, 52.232-8 -- Discounts for Prompt Payment, 52.232-39 - Unenforceability of Unauthorized Obligations, 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation, 52.242-15 -- Stop-Work Order, 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7007 Alternate A, Annual Representations and Certifications, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.204-7003 Control of Government Personnel Work Product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.222-7002 Compliance with Local Labor Laws (Overseas), 252.222-7003 Permit from Italian Inspectorate of Labor, 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials, 252.225-7041 Correspondence in English, 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States, 252.225-7048 Export-Controlled Items; 252.229-7000 Invoices Exclusive of Taxes or Duties; 252.229-7001 Tax Relief, 252.229-7003 Tax Exemptions (Italy), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7008 Assignment of Claims (Overseas), 252.232-7010 Levies on Contract Payments, 252.233-7001 Choice of Law (Overseas), 252.243-7001 Pricing of Contract Modifications, 252.244-7001 Contractor Purchasing System Administration, 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations, 252.247-7023 Transportation of Supplies by Sea, 52.214-34 -- Submission of Offers in the English Language, 52.252-1 -- Solicitation Provisions Incorporated by Reference, 52.204-16 --Commercial and Government Entity Code Reporting, 52.204-17 Ownership or Control of Offeror, 52.225-17 -- Evaluation of Foreign Currency Offers, 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, 252.204-7007 Alternate A, Annual Representations and Certifications, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, CCE 233-4002 AMC-Level Protest Program. (xiii) Additional contract requirements: a) The Offerors are put on notice that no pre-proposal conference and / or site visit will be held. All prospective Offerors are highly encouraged to ask questions regarding this solicitation by email to Ms. Sonia Zanobini at Sonia.zanbini2.ln@mail.mil and to Mr. Clinton Jacobsen at Clinton.m.jacobsen.civ@mail.mil. Answers to questions may be posted to FedBizOpps.gov. b) This contract will utilize Wide Area Workflow (WAWF) which is a secure Web-based system for electronic invoicing, receipt and acceptance. The WAWF application enables electronic form submission of Invoices and Government Inspection and Acceptance documents in order to support DoD's goal of moving to a paperless acquisition process. c) FAR clause (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All quotes must be submitted to the Contracting Officer no later than 12:00 p.m. (noon) local time, Rome, Italy, on August 23, 2018. All quotes shall be submitted in English and include the company point of contact, phone number, and email address. Only electronic (CD-R or DVD-R) copies of the quote shall be accepted using the mailing address identified in paragraph (xvi). Quotes shall include one scanned copy of the dated offer signed by an official fully authorized to bind the offeror. The documents shall be "Read Only" and all documents shall be submitted in Microsoft Office (version 2007 compatible) formats or Adobe Acrobat (PDF). E-mail quotes are also accepted. The price should be submitted in EURO without IVA. The United States government is exempt from payment of Imposta Valore Aggiunto (IVA) tax in accordance with DFAR 252.229-7003, Tax Exemptions, and with Article 72 of the Italian IVA implementing Decree Law 633, dated October 26, 1972. (xvi) The Point of Contact and address for this contract is: Sonia Zanobini 414TH CSB RCO ITALY SUB-OFFICE LIVORNO Via Aurelia, Edificio 5131 Zona Deposito 56128 Tirrenia (Pisa), Italy Email: Sonia.zanobini2.ln@mail.mil Telephone: (39) 050-54-8364 Attachments: • Attachment #1, Performance Work Statement "Rental of Material Handling Equipment (MHE) Humanitarian Assistance Program - Revised 26 April 2018 • Attachment #2, Fork Lift Offering Sheet
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ac7f98aafd99e52d9827739362b65c8c)
- Place of Performance
- Address: Camp Darby Installation, Depot Area, Italy
- Record
- SN05016971-W 20180803/180801231935-ac7f98aafd99e52d9827739362b65c8c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |